Download Sealed tenders are invited from OEM`s and their authorized dealers

Transcript
University of Mumbai
Tender Document
Supply of Computers, Peripherals & Equipments
Date: 16th September, 2013
No: Tender/ UCC/GEN/169/2013-2014,
Part A - Terms and Conditions
Part B – Specifications
Price: Rs. 500/- (non refundable)
Important Dates:
Period of Sale of Tender Document:
16th September, 2013 to 10th
October, 2013 during office hours
11.00 a.m. to 3.00 pm
Last Date of Receiving sealed
10th October, 2013, during office
Bids/Tenders:
hours 11.00 a.m. to 3.00 pm
Co-ordinator
University Computerization Center
University of Mumbai
Room No. 214 - 2nd Floor, IDOL Building, Dr. Shankar Dayal Sharma
Bhavan, Vidyanagari, Mumbai –400098. Website: http://www.mu.ac.in
University of Mumbai
Tender Notice
Sealed tenders are invited from OEM's and their authorized
dealers/distributors/suppliers for rate contract in two bid systems
(Technical/Pre-qualification bid and Price bid by University
Computerisation Centre, University of Mumbai for Supply of Computers,
Peripherals and Equipments.
Tender Document containing terms and
conditions and technical specifications of the merchandise /equipments and
Services are available with the Cash Unit of Dy. Registrar, Finance &
Accounts, University of Mumbai, M.J Phule Bhavan, (Examination House)
Vidyanagari, Santacruz (E), Mumbai 400 098, on all working days between
11.00 a.m. to 3.00 p.m. from 16th September, 2013 to 10th October, 2013
during office hours 11.00 a.m. to 3.00 pm by paying Rs.500/-(Rs. Five
Hundred Only) in cash /Demand Draft from any scheduled
bank/nationalized bank, drawn in favour of “Finance and Accounts
officer, University of Mumbai”. Tender Document containing terms &
conditions and Technical Specifications can be also downloaded from
http://www.mu.ac.in /tenders.html. The tender bids duly complete in all
respects, along with the necessary documents and EMD value of 5% of the
cost of supply subject to maximum Rs.1 lakh should be submitted to
University Computerization Center, University of Mumbai, Room No. 214
2nd Floor, IDOL Building, Dr. Shankar Dayal Sharma Bhavan,
Vidyanagari, Mumbai –400098 up to 10th October, 2013 at 3.00 p.m.
The tender bids so received shall be opened on a schedule and venue to be
arranged later in the presence of the representatives of the bidders. The
names of shortlisted bidders shall be announced on the website after
scrutinizing the Technical bids and evaluating their suitability to meet the
University requirements. Right to reject any or all tenders without
assigning any reason there for are reserved by the University of Mumbai.
Co-ordinator
University Computerization Center,University of Mumbai
Room No. 214 - 2nd Floor, IDOL Building, Dr. Shankar Dayal Sharma
Bhavan, Vidyanagari, Mumbai –400098. Website: http://www.mu.ac.in
University of Mumbai
Part A – Terms and Conditions
1.
2.
3.
4.
5.
6.
7.
Sealed tender are invited in two bid systems (Technical/Pre-qualification bid and Price
bid) by University Computerisation Centre, University of Mumbai for Supply of
Equipments needed by various Offices and Department on Rate Contract basis.
The rates are to be quoted in the Performa enclosed herewith both in words and figures.
No figures or words should be overwritten. Overwritten figures or words should be
scored out and re-written under full signature of the authorized signatory. Quotations
that do not fulfill this condition will not be considered. Only typed bid will be
considered and hand written quote will be considered as invalid bid.
The firm must enclose the copy of Registration and Income Tax. Service Tax Returns
for the last three years. Details of ISO Certification (if any), company profile, Income
Tax Clearance Certificate and list of valued customers, if any, should accompany along
with the quotation. All the documents are to be attached with Technical/Prequalification Bid.
If the firm is authorized dealers/distributors of OEM's, proof of the same shall be
attached.
The Tender shall remain valid for 120 days after the date of commercial bid opening. If
any bidder withdraws his tender before the said period,University shall without
prejudice to any other right or remedy, be at liberty to forfeit the Bid Security.
The tender must be submitted in a sealed cover. The sealed cover must be superscripted
with “tender for " Supply of Computers, Peripherals and Equipments.” due on October
10, 2013, addressed to the, Co-ordinator, University Computerization Center,
University of Mumbai, in sealed envelopes so as to reach on or 10th October, 2013 at
Time 3.00 P.M. No responsibility whatsoever will be accepted with regard to postal
delays or for wrong delivery of quotation sent by Post. It can also be dropped in the
tender box kept at the University for the purpose by the date stipulated above. Quotation
received after due date will not be entertained. Technical/Pre-qualification Bid will be
opened on 10th October, 2013 at Time 4.00 P.M. (Technical/ Prequalification bid only)
by the constituted committee members in the presence of representatives of the firms
who participated in the tender.
Tenders must be accompanied by a demand draft in the form of Earnest Money Deposit
(EMD) in form of Bank Draft only drawn in favour of Finance & Accounts Officer,
University of Mumbai. Tenders without EMD will be summarily rejected. No interest
will be paid on Earnest Money Deposit. EMD of unsuccessful renderers will be
returned in due course of time. If the quotation is accepted and firm fails to undertake
the supply, they will forfeit the EMD. The amount of Earnest Money Deposit shall be
5% of the cost of supply subject to maximum Rs.1 lakh.
8.
University of Mumbai reserves the right to order full or part thereof of or on rate
contract basis for duration of one year or as finalized as per committee recommendation
for those items included in the tender.
9.
The quantity given in quotation is approximate which may increase or decrease for
which no compensation will be paid.
10.
ESSENTIAL ELIGIBILTY CONDITIONS:
Bidders are to provide information on Technical/Pre-qualification requirements in
separate sealed envelope with title “Technical/Pre-qualification requirement”. Price bid
is to be enclosed separately with title “Price bid for Supply of Computers, Peripherals
and Equipments”. Tenders satisfying the following essential conditions will only be
considered for further processing.
In absence of the proof of following supportive document the tender will not be
considered, (which are mandatory requirements).
a)
The firm has to attach an undertaking that no Government/undertaking organizations
have blacklisted the firm for any reason.
b)
The Vendor should preferably be a Company registered in India.
c)
The OEM firm must have preferably valid ISO certification. (Preference will be given
to ISO for IT service support)
d)
Bidders should have successfully carried out minimum three such contracts during last
five years. (Certificates of satisfactory service from above three organisations must be
enclosed)
e)
The firm should have at least three years ‟experience in the field of supply and
maintenance of such equipment and executed orders for similar value of supplies.
f)
Latest certificates of satisfactory service from the organizations where the vendors are
supplying such equipments should be attached with tender. The tenderer should have
full-fledged office and service centre at Mumbai.
11. BIDDING PROCEDURE
a)
Bids are invited in two bid system, (1) Technical/pre-qualification bid and (2) Price bid,
which shall be sealed separately by mentioning Technical bid and Price bid on the top
of envelop. Both of these two envelop will be then enclosed in a single sealed envelope.
b)
No Bids will be accepted after due date and time under any circumstances. This office
will not be responsible for any postal/courier delay and also for reasons beyond the
control of this office.
c)
Technical/Pre-qualification Bid must contain the EMD for specified amount, along with
complete technical details as desired by this tender. First Technical Bids of all the
tender will be opened on pre scheduled date, time & venue. Technical Bids without
EMD will be summarily rejected.
d)
Price bid, of only successful Technical Bids, will be opened on pre scheduled date, time
& venue.
e)
The bids must be accompanied by an Earnest Money Deposit and the amount of
Security Deposit/Performance Guarantee shall be 5 % of the cost. In case of successful
tenderer the amount of Earnest Money Deposit shall be converted in Security
Deposit/Performance Guarantee. Security Deposit/Performance Guarantee shall be
refunded after the warranty period is over. The Security Deposit/Performance
Guarantee can be paid in the form of a Bank Guarantee from a scheduled bank. in a
f)
form of Bankers cheque/ bank draft issued by any commercial bank in favour of
Finance & Accounts Officer, University of Mumbai, payable at Mumbai.
All bids must be dropped in the Tender Box kept at the University Computerisation,
University of Mumbai Room No. 214 - 2nd Floor, IDOL Building, Dr. Shankar Dayal
Sharma Bhavan, Vidyanagari, Mumbai –400098, as mentioned in the Tender form.
12. SUBMISSION OF BID:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
The first envelope shall be super scribed with the name of work and the words.
“Technical bid/Pre-qualification bid”. The first envelope shall be opened on the date of
opening of tender. The bidder should specifically provide full technical details of
service offered and also shall provide full details of deviation they intend to make from
the technical specifications and contract terms detailed in the Bid. No price details shall
be given in this envelope. Violation to this would result invalidation of tender. The Bid
Security shall be enclosed with the envelope marked “Technical bid/Pre-qualification
bid”.
The second envelope shall be super scribed with the name of work and the words “Price
Bid (Commercial Bid)”. It shall contain full details of the price & commercial
conditions. Any deviation from our standard conditions shall be specifically spelt out.
Any deviation of any sort e.g. Technical or Commercial terms and conditions shall be
specifically indicated in the Technical Bid itself.
Silence or use of the word “Noted” against any of the Bid conditions shall mean bidder
agrees to comply with that/those conditions of Bid.
All offers shall be made available in hard copies as specified in the technical
specifications and should be signed by the authorized signatory of the firm on all the
pages of the hard copy.
All prices and other information in this regard having a bearing on the price shall be
written both in figures and words in the prescribed offer form.
The bid should be submitted in the prescribed bid form of this document. All columns
of the bid form should be filled. Any additional information should be enclosed
separately and referred to in the relevant column of the bid form. All relevant product
literature must be enclosed with the bid. No bid may be modified subsequent to its
submission.
The University reserves the right to inspect any or all the works and satisfy itself about
the quality and reliability of the service rendered before opening of the concerned
vendor’s price bid.
13. OPENING OF BIDS:
a.
University of Mumbai will open the Technical bids at scheduled time, date and venue in
the presence of the bidders representatives who chose to attend.
b.
The bidder’s representatives who will be present shall sign on the paper evidencing
their attendance. In the event of the specific bid opening being declared a holiday for
the purchaser, the bid shall be opened at the same time and location on the next working
day.
d.
c.
The bidders names, bid withdrawals, presence of bid security and such other
details as the Purchaser at its discretion may consider appropriate will be announced at
the bid opening.
The firm who have submitted the bids and whose offers are found technically suitable
shall be informed of the opening date of the second envelope i.e. “Price Bid
(Commercial Bid)”.
14. CLARIFICATIONS OF BIDS:
To assist the examination, evaluation and comparison of bids the University may
constitute a Technical Evaluation Committee and may at its discretion, ask the bidder
for clarification of its bid. The request for clarification and the response shall be in
writing and no change in price or substance of the bid shall be sought, offered or
permitted.
15. EVALUATIONS OF BIDS:
i.
The University will examine the bids to determine whether they are complete, required
EMD has been furnished and all relevant documents have been properly signed.
Evaluation of bids shall be done based on the information furnished by the bidder. The
conformity of the bids to the technical specification and commercial terms and
conditions shall be examined. Responsiveness of the bid shall be determined based on
the technical and financial capability of the bidder to execute the contract.
ii.
The University may examine the bids to determine;
a.
The correctness of the information furnished by the bidder in its bid. In case any
information is found to be incorrect/false, the bid shall be considered as non-responsive.
b.
The substantial responsiveness of each bid to the bidding: For purpose of this clause, a
substantially responsive bid is one, which conforms to all technical specifications and
terms and conditions of the bidding documents without material or commercial
deviations. The Institute’s determination of a bid’s responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.
16. UNIVERSITY RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS:
a.
University of Mumbai reserves the right to accept or reject any bids and to annual the
bidding process and reject all bids at any time prior to award of contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to
inform the affected Bidder or Bidders of the grounds for the University's action.
b.
The acceptance of tender will rest with the Co-ordinator, UCC, UNIVERSITY of
MUMBAI who does not bind himself to accept the lowest bid and reserves himself the
right to reject any or all the tenders received without the assignment of any reason. All
the bids in which any of the prescribed conditions are not fulfilled or are incomplete in
any respect are liable to be rejected.
c.
Canvassing in connection with tenders is illegal and strictly prohibited and the tenders
submitted by the bidders, who resort to canvassing, will be rejected.
17. TERMINATION BY DEFAULT:
a)
University of Mumbai may, without prejudice to any other remedy for breach of
contract, by written notice of default sent to vendor, terminate the Contract in whole or
part:
i.
ii.
b)
If the vender fails to provide supply, service/rectify the fault within the time period
specified in the contract or any extension thereof granted by the University of Mumbai.
If the vender fails to perform any other obligation (s) under the Contract.
In the event the University of Mumbai terminates the Contract in whole or in part, the
University of Mumbai may procure, upon such terms and in such manner, as it deem
appropriate, services similar to those undelivered for any excess costs for such similar
services. However, the vender shall continue the performance of the Contract to the
extent not terminated.
18. APPLICABLE LAW:
The contract shall be interpreted in accordance with the laws of the Union of India &
will be under the jurisdiction of Court in Mumbai.
19. TAXES AND DUTIES:
Vendor shall be entirely responsible for all taxes, duties, license, fees etc. incurred until
delivery of the contracted services to the Institute. No tax or duty will be payable by the
University of Mumbai unless specified by the vender in the price bid.
CHECKLIST
Please verify the following before submission of the tender and submit the required
documents in the sequence listed below, to avoid rejection or disqualification of your
tender.
1.
Tender should accompany with an EMD and the amount of Earnest Money Deposit shall
be 5% of the cost of supply subject to maximum Rs. 1 lakh, by demand draft drawn on any
nationalized bank in favour of Finance & Accounts Officer, University of Mumbai,
payable at Mumbai in the form of Demand Draft valid for 3 months. The tenders
without EMD will be rejected.
2.
Following documents as indicated in the tender document printed on the tenderer's
letterhead with dated signature and seal.
a) Tender form
b) Price Schedule
c) Supporting documents and Statement on Compliance with required specifications
d) Performance statement
e) Service support details, catalogs, manuscript etc. if any
f) Other formats, if any provided in the tender; and
g) Details of previous contracts, if any.
3.
Certificates of registration for Service tax, VAT, Sales tax, Excise Duty and
incorporation etc. issued by appropriate government for the required services with seal
of the renderer.
4.
Income tax clearance certificate issued by the concerned IT circle for the past three
years with the seal of the renderer.
5.
Certificates issued by employers where the similar services were rendered/being
rendered with seal of the renderer.
6.
The entire original tender document with seal and signature on each page.
7.
Time and Date for receipt of Tender: up to 10th October, 2013, at Time 3.00 P.M.
10.
Time and Date for opening of Tender: up to 10th October, 2013, at Time 4.00 P.M.
(Technical/Prequalification bid only)
Envelope No.1
Tender for Supply of Equipments at, University of Mumbai, Mumbai TECHNICAL/
PRE QUALIFICATION BID. (Please provide the following details along with
documentary proof of the supporting documents as asked in eligibility criteria, without
which the tender will not be considered. In case sufficient space is not available, use
separate sheets)
SCHEDULE:
Last Date of Receipt of Tender: October 10, 2013, 3.00 P.M.
Date & Time of Opening of Tender: 10th October, 2013, 4.00 P.M. (Technical/Prequalification
bid only)
1.
2.
3.
4.
5
6
7
8
9
10
11
12
13
Company Name & Address :
Is the EMD 5% of the cost of supply is enclosed.
If yes give details.
: Yes/No, D.D.No……………. Dated………….
Rs...................
Company profile:
Service Tax Regn. No. :
Service Tax Paid in the year 2011-12: 2012-13:
Income Tax PAN No. :
Total Income Tax paid in the year 2011-12 : 2012-13:
Company Status (Prop./Pvt./Ltd.) :
Name of organizations and value of supply.
Compliance of essential eligibility conditions including Mandatory
requirements and certificate in respect of Annual turnover in the year 2009-10,
2010-11, 2011-12,2012-13
Registration details in State/Central Govt.:
Work executed with University of Mumbai, give details, if any:
List of clients along with their contact names, telephone numbers and address
(tender will not be considered without this information):
Are you authorized service provider of any reputed Company:
14
15
16
17
18
19
(If yes, please give details and enclosed copy of authorization)
Address of Workshop
Facility available for sales after service
i) Spares available
ii) Test equipment
iii) Test tools (Hardware/software)
iv) any others.
Is your firm certified with ISO: Yes/No
(If yes, please enclose a copy of certification)
Have you attached the brief write up on approach and strategy: Yes/No
(If yes, please enclose a copy of write up)
Has the firm ever been black listed by any Government/undertaking
organization:
Yes/No (If No, enclose the undertaking as asked in para-11)
Any other Information
Certified that the above information is correct and the firm is willing to accept
all the terms and conditions of the tender document.
SINGNATURE ……………………………
(with Name, address, Phone No. e-mail.ID and SEAL)
Envelope No.2
(Financial/Price Bid)
Financial Bid [To be kept in the second envelope]
Having examined the conditions of the tender and specifications, including all the
annexure, the receipt of which is hereby duly acknowledged, we the undersigned, offer
to provide supply of equipments in conformity with the said conditions of tender.
Note:
1.
2.
3.
Tenderers are advised to read carefully the Terms and conditions of supply and “the
Instructions to the Tenderers” before recording the rates in this schedule.
No. erasures or over waiting shall be allowed, unless they are authenticated under the
full signature and the seal of the tenderer.
The rates shall be on CIF basis Mumbai for the delivery & installation at the respective
departments, including working performance demonstration and user training, wherever
required.
Part B – Specifications
1.Desktop Computer: 100 Units
Price per unit (Core i5 3rd Generation @ 3220) Rs._______________
(all inclusive)
Price per unit (Core i7 @ 3770 / 3330 – minimum 2nd Gen/ preferred 3rd Gen)
Rs._______________
CPU
Main board
Intel® Core™ i5-3470 Processor 3.2GHz,
6MB Cache, 4Cores, 4Thread or Core i5 3rd
Generation @ 3220
Q77 Express Chipset for 3rd generation
Intel® Core™ vPro™ processor platform
RAM
4 GB DDR3@ 1600MHz / 1333 MHz FSB
Storage/ Hard disk
Ethernet
500 GB SATA up to 3 GB/s
Solid state drives preferred
10/ 100/ 1000 base T over cat5/ cat6
Graphics
In built Intel HD graphics
Display
18.5 inch widescreen, antiglare aspect ration
(16:9), Brightness: 250 nits
Wired keyboard and optical ( 800 DPI )
resolution
Onboard 5.1 channel
DVD writer +/- RW 24X
Extended warranty FOR 2 YEARS ( to be if
not included )
Keyboard/ Mouse
Audio
DVD drive
Optional
OS Compatibility
Without OS or DOS or Ubunto and to be
loaded with MS windows ( Under Univ.
Campus Agreement )
(all inclusive)
Core i7 @ 3770 / 3330 –
minimum 2nd Gen/ preferred 3rd
Gen
Q77 Express Chipset for 3rd
generation Intel® Core™
vPro™ processor platform
4 GB DDR3@ 1600MHz / 1333
MHz FSB
500 GB SATA up to 3 GB/s
Solid state drives preferred
10/ 100/ 1000 base T over cat5/
cat6
Graphic dedicated 1 GB
Radeon / Nvedia
ICC 20” HD LED (full HD
support )
Wireless keyboard and optical (
800 DPI ) resolution
Onboard 5.1 channel
DVD writer +/- RW 24X
Extended warranty FOR 2
YEARS ( to be if not included
)
Without OS or DOS or Ubunto
and to be loaded with MS
windows ( Under Univ. Campus
Agreement )
2.Desktop Computer Motherboard: 10 Units. Units
Price per unit (Core i5 3rd Generation @ 3220 with PS) Rs._______________
(all inclusive)
Price per unit (Core i7 @ 3770 / 3330 – minimum 2nd Gen/ preferred 3rd Gen with PS)
Rs._______________
(all inclusive)
AMD Processors FX 4100, 90XA-GD55
Rs._______________
(all inclusive)
Core i7 @ 3770 / 3330 – minimum 2nd Gen/ preferred 3rd Gen / AMD
Processors FX 4100
Q77 Express Chipset for 3rd generation Intel® Core™ vPro™ processor platform /90XA-GD55
4 GB DDR3@ 1600MHz / 1333 MHz FSB
1TR SATA up to 3 GB/sSolid state drives preferred
10/ 100/ 1000 base T over cat5/ cat6
3.42 U Server rack 2 Nos.
Rs._______________
(all inclusive)
4.Adjustable rack shelf 10 Nos.
Rs._______________
(all inclusive)
5.All- In- One Computer 100 Units
Price per unit (Core i5 3rd Generation @ 3240/3470Q) Rs._______________
(all inclusive)
Price per unit (Core i7 @ 3770– minimum 2nd Gen/ preferred 3rd Gen)
Rs._______________
(all inclusive)
CPU
Main board
RAM
Storage/ Hard disk
Ethernet
Graphics
Display
Keyboard/ Mouse
Audio
DVD drive
Optional
OS Compatibility
Core i5 3rd Generation
@ 3240/3470 Q
OEM designed by the Manufacturer
4 GB DDR3@ 1600MHz / 1333
MHz FSB
500 GB SATA up to 3 GB/s
Solid state drives preferred
10/ 100
Core i7 @ 3770– minimum
2nd Gen/ preferred 3rd Gen
OEM designed by the
Manufacturer
4 GB DDR3@ 1600MHz /
1333 MHz FSB
500 GB SATA up to 3 GB/s
Solid state drives preferred
10/ 100/ 1000
In built Intel HD graphics
Inbuilt HD graphic
20” inch TFT LED widescreen,
antiglare aspect ratio (16:9),
Brightness: 250 nits without touch
screen
Wireless optical
Onboard 5.1 channel
ICC 20” HD LED TFT
monitor
( full HD
support) touch screen
support
Wireless keyboard and
optical
Onboard 5.1 channel
DVD writer +/- RW
DVD writer +/- RW
Extended warranty FOR 2 YEARS
( to be included )
Without OS or DOS or Ubunto and
to be loaded with MS windows
(Under Univ. Campus Agreement )
Extended warranty FOR 2
YEARS ( to be included )
Without OS or DOS or
Ubunto and to be loaded with
MS windows (Under Univ.
Campus Agreement )
6.LAPTOP 50 Units
Price per unit (Intel Core i5-3317U 2nd
Gen /3210M 3rd Gen. 13.3” with touch screen)
Rs._______________
(all inclusive)
Price per unit (Intel Core i5-3337M 2
nd
Gen /3230M 3 Gen. 15.6” with LED screen)
rd
Rs._______________
(all inclusive)
rd
Price per unit (Intel Core i3-3217/3227-3
gen CPU.14”/ 15.6” with LED Screen)
Rs._______________
(all inclusive)
13.3” with touch screen
15.6” with LED screen
Intel Core i5-3317U 2nd Gen
/3210M 3rd Gen
Intel Core i5-3337M 2nd
Gen /3230M 3rd Gen
Any Dark color
Any Dark color
8 GB DDR3 @1600 MHz
4 GB DDR3 @1600
MHz
500 GB SATA
Nil
Onboard Intel HD
graphic / dedicated
display graphic with 1
GB
HD camera more than 2
Mega Pixel
DOS / ubuntu
Super multi DVD +/RW
15.6” inch HD Touch
Screen
To be loaded with
University Campus
Agreement
Extended warranty for 2
years to be mentioned
separately ( if not
included )
Description
Processor
Color Kit
Memory
HDD
SSD hard disk
500 GB SATA
Give details 256 GBSSD
Onboard Intel HD graphic /
dedicated display graphic with
1 GB
Video card
Web CAM
O/S
HD camera more than 2 Mega
Pixel
DOS / ubuntu
Super multi DVD +/-RW
Optical drive
13.3” inch HD Touch Screen
Screen Size
To be loaded with University
Campus Agreement
Software
Extended warranty for 2 years
to be mentioned separately ( if
not included )
Service/warrant
y
BT-3.0 and
2x2 802.11 abg/n (up to
300Mbps), Wifi
Bluetooth/WIFI
BT-3.0 and
2x2 802.11 abg/n (up to
300Mbps), Wifi
14”/ 15.6” with
LED Screen
Intel Core i33217/3227-3rd gen
CPU
Dark Metallic
colour
2 GB DDR#@
minimum1333MHz
500 GB SATA
Nil
Onboard Intel HD
graphic
1.3 Mega Pixel
Web Cam
DOS/ Ubuntu
Super multi DVD
+/-RW
14” or 15.6 “ inch
screen
To be loaded with
University Campus
Agreement
Extended warranty
for 2 years to be
mentioned
separately ( if not
included )
BT-3.0 and
2x2 802.11 abg/n
(up to 300Mbps),
Wifi
7.MULTI FUNCTION PRINTER COLOR:
10 Units
Price per unit Rs._______________
(all inclusive)
MFP
Technology
Print/Copy Speed
ADF Scan Speed
PRINTERS
Page wide Print Head Technology with pigmented inks, Color MFP
Black/ Color: Up to 70 ppm (draft, letter); Black/ Color (ISO, lasercomparable): Up to 42 ppm
ADF (300 dpi, black): Up to 20 ppm
Printer Resolution
Black (best): Up to 1200 x 1200 optimized dpi
Copier Resolution
600x600 dpi - both text and graphics
Scan Resolution
Memory
Processor
Optical: Up to 1200 dpi, Hardware: Up to 1200 x 1200 dpi;
768 MB
792 Mhz
First Page Out (Ready Mode)
Black/ color (from ready mode ): As fast as 9.5 sec
Zooming
Reduce / Enlarge 25 to 400%
A4 and smaller. Input: 500-sheet input tray, 50-sheet multi-purpose tray,
Optional 500 sheet tray, Output: 300-sheet face-down output bin
Standard, 50 sheets
Tray 1: 3 x 5 in to 8.5 x 14 in; Tray 2: 4.0 x 8.3 in to 8.5 x 11.7 in;
Plain paper , photo , envelopes, labels, cards, glossy brochure, matte
brochure, tri-fold brochure, Hagaki, greeting cards
High Speed USB 2.0, Ethernet 10/100 Base-TX network, RJ-11 modem
port; 802.11 b/g/n Station; 802.11 b/g Access Point
Standard Automatic
Front panel applications: Copy, Scan to E-mail, Scan to Network
Folder, Scan to USB.
Flatbed, ADF
ADF, Flatbed: 216 x 356 mm
Up to 33.6 kbps
PCL 5c, PCLXL (PCL 6), native PDF, Postscript Level 3 emulation
Windows 8, Windows 7, Windows Vista, Windows XP (SP3, 32-bit),
Mac OS X v10.6, Mac OS X Lion, Mac, OS X Mountain Lion, Linux
Paper Handling
ADF
Print Media Size
Print Media Type
Connectivity
Duplex Printing
Scan Mode
Scan Type
Scan Size
Fax Speed
Languages
Operating System Support
Necessary Drivers & cables
Mobile Printing Capability
Duty Cycle (Monthly)
Control Panel
Should be provided by the vendor with the standard product
Printng by email, Google Cloud Print, Wireless printing from mobile
devices, Apple AirPrint™
Up to 75,000 pages
4.3 inches touch screen color display
8.DOT MATRIX PRINTER 136 COLUMN:
15 Units
Price per unit Rs._______________
(all inclusive)
Item
DOT MATRIX
SPEED
PRINTHEAD LIFE
RIBBON LIFE
INTERFACE
TRACKTOR UNIT
Description
136 COLUMN PRINTERS
HIGH SPEED DRAFT (10cpi) 476 CPS / 550 CPS
400 MILLION STROKES
12 MILLION CHARACTERS
PARALLEL / USB
PUSH OR PULL
9.DOT MATRIX PRINTER 80 COLUMN:
10 Units
Price per unit Rs._______________
(all inclusive)
Item
DOT MATRIX
SPEED
PRINTHEAD LIFE
RIBBON LIFE
INTERFACE
TRACKTOR UNIT
Description
80 COLUMN PRINTERS
DRAFT (10cpi) 416 CPS
400 MILLION STROKES
2.5 MILLION CHARACTERS
PARALLEL / USB
PUSH OR PULL
10.MULTI FUNCTION PRINTER MONO:
25 Units
Price per unit Rs._______________
(all inclusive)
Item
MFP
Print method
Print Speed
Scanning
Resolution
COPY
Reduction / Enlargement
ADF
INTERFACE
PRINT OUPUT
Description
Print/Scan/Copy
On-demand ink jet
Approx. 34 PPM (Draft)
Flatbed Colour Image Scanner
1440 dpi x 720 dpi (with Variable-Sized Droplet Technology)
34 PPM Draft
24 – 400%, Auto Fit Function
10 Sheets
USB / Ethernet - 10/100MB Network / Mobile
Approx. 6000 Page Yield per Ink bottle
11.LASER PRINTER MONO:
50 Units
Price per unit Rs._______________
(all inclusive)
Item
Laser
Print Speed
FPO
Resolution
Processor(MHz)
Memory
Noise
Monthly Duty
Input Capacity
PRINT OUPUT
Duplex
Weight
Description
Mono Black & White
Up to 33 PPM
7.5 sec.
1200x1200
800 MHz
256 MB
54/inaudible
50,000 pages/700-3000 pgs
300 /800 Sheet
150 sheets
Automatic
11 Kg
12.INFORMATION KIOSKS:
5 UNITS.
Price per unit Rs._______________(all inclusive)
Technical Specification for
Information Kiosks:
Information Kiosks with support for LAN and wireless access
mode.
19" TFT large-screen, handwriting input and interactive operation
with high definition screen support for displaying.
Vandalision-proof ultrasonic touch screen, high sensitive for
touching.
User-friendly interface, support multi-languages and audio
prompts.
Self-diagnosis and repair, fault alarm and report.
Access Mode
LAN or wireless access
Computer
Intel Duel-core CPU 1.6GHz or higher,4G RAM or higher,320G
hard Disk or higher,2 RS-232,6 USB,video Card,2 ethernet
interface,supporting TCP/IP protocol,sound Card, video
card,etc.
Screen
Touch Panel
19” LCD display,32bits true color,resolution 1280*1024
High Lum,Lum≥300cd/m2,180°deflection angle,contrast 500:1
high transmittance, high resolution & durability.
Dustproof, waterproof, explosion proof, accurate positioning, no
drifted,
Operation sensitivity≤80g,response speed≤10.4ms,
resolution 4096*4096
Mohs’ scale of hardness : level 7
Encryption Keypad
16 pieces of stainless steel keycaps, dustproof, waterproof,
explosion proof, strip proof, revelation and monitor proof etc.
DES and 3DES algorithm encryption
Key management: store 16 arrays of 64bit key, can only written,
Self-destruction for secret-key, program and sensitive information
Support UnionPay, with PCI international certification
Power Supply
Specified power supply AC 110 ~ 240 V
UPS
AC220±10%,60/50 Hz;500VA
Multimedia
Left and right two-way voice output,3D surround effect
Structural
Working Environment
Vertical installation, elegant appearance, material with high
quality steel ,strong and durable; surface with plastic powder
spraying
Modular design, to facilitate maintenance
Working Temp:0 °C to + 55 °C;Relative humidity (RH):10% to
95%
13.Server Specification: 4 Units.
Price per unit Rs._______________
(all inclusive)
CPU: 2 Nos.
Main board
RAM
Storage:
Network
Graphics
Expansion
Keyboard/ Mouse
Audio
Chassis
Optional
OS Compatibility
2 Nos. of Intel Xeon E5 2660 V2 2.2 GHz 10 Cores/20 threads 25mb
cache CPU
Dual socket R (LGA 2011) supports Intel® Xeon® processor
E5-2600 and E5-2600 v2 family
Intel® C602 chipset; QPI up to 8.0GT/s Up to 1TB ECC DDR3,
up to 1866MHz;
16x DIMM sockets,2 PCI-E 3.0 x16, 3 PCI-E 3.0 x8,
1 UIO PCI-E 3.0 x8 (for SMC UIO HBA) or 1 PCI-E 2.0 x4 (in
x8)
Dual port 10GBase-T
8x SATA2 and 2x SATA3 ports 8x SAS2 ports from LSI 2208
Integrated , IPMI 2.0 and KVM with Dedicated LAN
Dual port front and rear USB 3.0
Performance boost with Hyper-Speed
16 GB / 32 GB of 1866/1600 ECC DDR3 SD RAM with maximum 72
Bit, 240 Pin Gold Plated DIMMs, to support up to maximum 1 TB 16
X DIMM sockets
2 nos of 600GB capacity with 8x 3.5" Hot-swap SAS / SATA
Drive
Bays Spinning at 15,000 RPM for mission-critical performance
FCAL & SAS interfaces for reliable data throughput
Advanced Power Management optimizes power consumption
64MB cache buffer – largest in the industry
Self-encrypting models conform to TCG’s Enterprise
specification
5-year limited warranty
Solid state SAS drive option with 12GB/S also should be quoted
At least Dual port Giga lane 10G base T
With option to install fiber optic HBA up to 2 port @: 8 Gbps (1600
MB/sec); 4 Gbps (800 MB/sec) per port or
4 port HBAs @: 4 Gbps (800 MB/sec); 2 Gbps (400 MB/sec); 1 Gbps
(200 MB/sec) (per port)
Compatible Onboard or Graphic accelerator card
1x slim DVD WR with 7x full length Expansion slots
cord less wired or wireless
Onboard
Compatible 2U rack mount 7x Full-height, Full-length Expansion
Slots 100% Cooling Redundancy, Adjustable Air Shroud
Dual Redundant 920W Redundant High-efficiency 80
PLUS minimum gold level (94%+) Power Supply
Compatible Solid state SAS hard drive option with 12GB/S
Fiber optic HBAs up to 4 port 8 GB/s
Microsoft Windows Server, Red Hat Enterprise Linux (RHEL)
SUSE Linux Enterprise Server (SLES),Oracle Solaris
VMware, Citrix Xen Server
(University Academic License, OEM software to be installed )
14.NAS STORAGE/BACKUP SERVER: 2Units
Price per unit Rs.__________________ (all inclusive)
CPU:
Main board
RAM
Storage
Network
Graphics
Expansion
Keyboard/ Mouse
Audio
Chassis
Optional
Key features
2 Nos. of Intel Xeon E5 2620 V2 2.2 GHz 6 Cores/20 threads 25mb cache
CPU
Dual socket R (LGA 2011) supports Intel® Xeon® processor E5-2600
and E5-2600 v2 family
Intel® C602 chipset; QPI up to 8.0GT/s Up to 1TB ECC DDR3, up to
1866MHz;
16x DIMM sockets,2 PCI-E 3.0 x16, 3 PCI-E 3.0 x8,
1 UIO PCI-E 3.0 x8 (for SMC UIO HBA) or 1 PCI-E 2.0 x4 (in x8)
Dual port 10GBase-T
8x SATA2 and 2x SATA3 ports 8x SAS2 ports from LSI 2208
Integrated , IPMI 2.0 and KVM with Dedicated LAN
Dual port front and rear USB 3.0
Performance boost with Hyper-Speed
16 GB / 32 GB of 1866/1600 ECC DDR3 SD RAM with maximum 72
Bit, 240 Pin Gold Plated DIMMs, to support up to maximum 1 TB 16 X
DIMM sockets
6 nos of 2TB ENTERPRISE SAS , capacity with MAXIMUM CAPACITY
TO HOLD 8x 3.5" Hot-swap SAS / SATA Drive
Bays Spinning at 7200 RPM for mission-critical performance
FCAL & SAS interfaces for reliable data throughput
Advanced Power Management optimizes power consumption
64MB cache buffer – largest in the industry
Self-encrypting models conform to TCG’s Enterprise specification
5-year limited warranty
At least Dual port Giga lane 10G base T
Compatible Onboard or Graphic accelerator card
1x slim DVD W/R ROM with 7x full length Expansion slots
cord less or wireless
Onboard
Compatible 2U rack mount 7x Full-height, Full-length Expansion Slots
100% Cooling Redundancy, Adjustable Air Shroud
Dual Redundant 920W Redundant High-efficiency 80 PLUS minimum
gold level (94%+) Power Supply
Compatible Solid state SAS hard drive option with 12GB/S
iSCSI Functionality-IP Address restrictions, CHAP, MPIO, iSCSI
Failover, SCSI-3 persistent reservation, Session Management
NAS Functionality-Windows Active Directory/Primary Domain
Controller, NIS, Intern/external LDAP, ADS and NIS User/Group ID
Synchronization, File System with Journaling, User and Group Quota,
Antivirus
Network Clients & Protocol-Supports Windows, Linux, Unix, Mac OS 8.0
- 10.5.8, X, SMB/CIFS, FTP, Secure FTP, HTTPS, Apple Talk, NFS v2,
v3, iSCSI, Fibre Channel
Backup-WORM, NDMP v3.0, Backup-Agents (Backup Exec®,
Retrospect®, BrightStor®), Data (File) Replication, Volume Replication
15.CCTV SURVILANCE DEVICE 10 Units
Price 8 Channel unit Rs.__________________ (all inclusive)
Price 16 Channel unit Rs.__________________ (all inclusive)
Price 24 Channel unit Rs.__________________ (all inclusive)
Price 32 Channel unit Rs.__________________ (all inclusive)
Price 48 Channel unit Rs.__________________ (all inclusive)
Feature
Specification for 8/16/24/32/48 channel Enterprise DVR
Processor
High performance Dual-core embedded microprocessor
Operating System
Embedded LINUX
Pentaplex function: live, recording, playback, backup &
remote access
System Resources
User Interface
Control Devices
GUI
Front panel, USB mouse, IR remote control, Keyboard,
Network
Video Input
16 channel /24 channel / 32 Channel/ 64 channel , BNC
Video Standard
NTSC(525Line, 60f/s), PAL(625Line, 50f/s)
Compression
H.264 / G.711
Video Resolution
1920×1080, 1280×1024, 1280×720, 1024×768
Audio Output
1 channel, BNC
Motion Detection
Zones: 396(22×18)
2 SATA ports (2HDDs or 1HDDs+1CD/DVD-RW), up to
8TB
Hard Disk
Smart Phone
Trigger Events
Recording Mode
iPhone, iPad, Android, Windows Phone
Recording, PTZ, Tour, Alarm, Video Push, Email, FTP, Spot,
Buzzer & Screen tips
Search Mode
Manual, Schedule(Regular(Continuous), MD, Alarm), Stop
Time/Date, Alarm, MD & Exact search (accurate to second),
Smart search
Playback
Play, Pause, Stop, Rewind, Fast play, Slow play, Next file,
Previous file, Next camera, Previous camera, Fullscreen,
Repeat, Shuffle, Backup selection, Digital zoom
Backup Mode
USB Device / Network / Internal SATA burner
Interface Ports
Record Interval
2 USB Ports, 1 RJ45, 1 RS232, 1 eSATA & RS485 Port
1~120 min (default: 60 min), Pre-record: 1~30 sec, Postrecord: 10~300 sec
Max User Account
20 users
Ethernet
RJ-45 port (10/100M/1000M)
Remote Operations
HTTP, TCP/IP, UPNP, RTSP, UDP, SMTP, NTP, DHCP,
DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server
Monitor, PTZ control, Playback, System setting, File
download, Log information
Power Supply
DC12V/ 3.3A
Power Consumption
25W(without HDD)
Working Temp
-10 ~+55°C / 10~90%RH / 86~106kpa
Protocols
16.SURVILANCE DEVICE CAMERA 25 Units
Price Dome unit Rs.__________________ (all inclusive)
Price Bullet unit Rs.__________________ (all inclusive)
Price PTZ with optical/digital zoom unit Rs.____________ (all inclusive)
Camera
Dome
Bullet
PTZ cameras with optical or digital zoom
Image Sensor
1/3" Super HAD / CCD II or 1/3" EX view HAD CCD II
Effective Pixels
976(H) x582(V), 570K pixels
Horizontal Resolution
976(H) x 494(V),
480K pixels
Color: 700TVL, B/W: 750TVL
Electronic Shutter
1/60s~1/100,000,
1/50s~1/100,000s,
10s~1/100,000s@Slow shutter,
512x
8s~1/100,000s@Slow
shutter, 512x
Synchronization
Internal / External
Min. Illumination
0.8 LUX day and F2.0/0 LUX with IR ON
Sync to noise Ratio
More than 50dB
Video Output
1V p-p Composite Output (75Ω/BNC)
Camera Features
OnScreenDisplay
English
Day/Night
Auto (ICR) / Color / B/W
Backlight Compensation
BLC / HLC / WDR (75dB)
White Balance
Gain Control
Auto Trace WB1 / Auto Trace WB2 / Manual / Auto
Auto / Manual
Gamma Correction
Up to 0.45
Noise Reduction
2D / 3D
Privacy Masking
Up to 4 areas
Digital Zoom
Magnitude / Horizontal / Vertical
Picture Adjustment
Mirror / Contrast / Sharpness / Hue / Gain/ Slow Shutter
Lens
Focal Length
2.7~9mm or 6 ~ 8 mm fixed
Focus Control
Manual
Lens Type
Manual / Auto iris
Mount Type
C / CS
Auxiliary Interface
RS485
1 Port
General
Power Supply
AC24V±10% or DC12V±10%
Power Consumption
< 7 watt
Working Environment
-30°C~+60°C / 20%~80%RH
Certification
CE , FCC certified
IP rating
66
17. Cable with 18/2 power Cable White Jacket, 500/1000 feet in Box
Price per 500 meter box Rs.__________________ (all inclusive)
Price per 1000 meter box Rs.__________________ (all inclusive)
18.CAT6/RJ45 Network 4-pair UTPCable;
Price per box Rs._________(all inclusive)
19.Power supply for Camera
Price per Unit Rs._________(all inclusive)
Power supply Unit
For 16 camera to be connected
Over multi core cable
specification
Switch mode power supply with output
of 12V DC/ 16 A to 20 A power supply
Wall mountable fused for each camera
for continues protection from Short circuit
in cabling and or lightening
With cooling DC Fan for 24x7 operation
20.Cabling, Casing,Caping with complete Installation (Rates Per
Meter)
Price per meter Rs.__________________ (all inclusive)
Multi-core full copper solderable
cable
CAT6 cable for CCTV surv. Over
Ethernet cable
Cable laying charges per meter in
length
3+1 core or 4+1 core shielded cable
No. of strands / SWG : 7/36
Conductor Size in mm : 0.193
Overall diameter in mm : 6 for 3+1 core and 6.2 for 4+1 core
Crossectional area in mm2: 0.2048
Max. conductor resistance (Ohm / kilometer) : 127 ohm
75 Ohms Coaxial for Video signal (crystal clear picture quality)
flexible wire cores for audio signal & 12 V power supply used
for CCTV & surveillance systems.
With FCC /IE specification full copper branded such as AVAYA/
DLINK /DAX cables
Rate to be quoted per meter
Including PVC plastic white rectangular stripping along with
soldering and proper thermal insulation including BNC and other
connectors such as Video BALUN Active or passive as per
requirement and other wages if any.
21.Hard disk for used in DVR for backup:
10 Units
Price per 2 TB Unit Rs.__________________ (all inclusive)
Price per 1 TB Unit Rs.__________________ (all inclusive)
Specifications
2 TB
1 TB
Formatted capacity1
2,000,398 MB
1,000,204 MB
User sectors per drive
3,907,029,168
1,953,525,168
Form factor
3.5-inch
3.5-inch
RoHS compliant2
Yes
Yes
Data transfer rate (max)Buffer to hostHost to/from drive
(sustained)
6 Gb/s (EURX) 3 Gb/s
(EURS)130 MB/s
6 Gb/s110 MB/s
Cache (MB)
64
64
Rotational speed (RPM)
IntelliPower
IntelliPower
Load/unload cycles3
300,000
300,000
Non-recoverable read errors per bits read
<10 in 1014
<10 in 1014
Temperature (°C, on the base casting)OperatingNonoperating
0 to 70-40 to 70
0 to 70-40 to 70
Shock (Gs)Operating (2 ms, read/write) Operating (2 ms,
read)Non-operating (2 ms)
3065250
3065300
Acoustics (dBA) IdleSeek (average)
2324
2324
Reliability/Data Integrity
22.Monitor for display of DVR play: T.V. Display system with sound
including wall mounting kit 10Units.
Price per 32” TV Unit Rs.__________________ (all inclusive)
Price per 42” TV Unit Rs.__________________ (all inclusive)
Panel Specification
Viewing Angle H/V (Typical)
178°/ 178°
Aspect Ratio 16:9
16:09
Resolution
1920 x 1080 (42”) / 1366x768 (32”)
Backlight Type
E-LED
Viewable Screen Size
Picture Features
32”/42” (106.7 cm) , 31.5” (80 cm)
Picture Format
16:9, Zoom1, Zoom2, 4:3
Dynamic Contrast Ratio
Yes
Color Temperature
Normal, Warm, Cool
Picture Mode
Backlight Control
3D Comb Filter
Sound Features
Vivid, Standard, Movie, Mild, Sport,
Game, Eco, Personal.
Yes
Yes
Speaker Power Output
10W x 2
Auto Volume Level
Yes
Dream Surround Sound
Sound Mode
Other Features
Yes
Standard, Music, Speech, Personal.
Wall Mount
VESA 400 × 400 mm
Auto Blue Back
Yes
Favorite Channel
-
Channel Skip
Yes
Manual Channel Search
Yes
Auto Channel Search
Yes
Child Lock
Yes
Sleep Timer
TV Tuner System
Off, 10 ~ 120 Minute
PAL BG / DK / I, NTSC, MSECAM
23.Display Monitor System: 10 Units
Price per 23.6” Display Unit Rs.__________________ (all inclusive)
Price per 20” Display Unit Rs.__________________ (all inclusive)
Display Size
Native Resolution
Response Time
Interfaces
Viewing Angle (horizontal)
Viewing Angle (vertical)
Speaker
Luminance
Contrast Ratio
Dynamic Contrast Ratio
Pixel Pitch
Colors Supported
Frequency Range (Horizontal)
Frequency Range (Vertical)
On Screen Controls
Power
Power Supply
23.6 Wide (598 mm diagonal)
1920 x 1080
2 ms (GTG)
Analog (D-sub) , HDMI
170° (H)
160° (V)
N/A
250 Cd/m2
1000:01:00
20,000,000:1
0.248 mm
16.7 Million
30-83 KHz (H)
50-76 Hz (V)
Luminance, Image Setup, Color
Temperature, Color Boost, Picture
Boost, OSD Setup, Extra, Reset, Exit.
24 W (Typical)
100-240 VAC; 50/60 Hz
20 Wide (508.05 mm
diagonal)
1600 x 900
5 ms
Analog(D-sub) , DVI-D
170° (H)
160° (V)
N/A
250 Cd/m2
1000:01:00
: 20,000,000:1
0.2768 mm
16.7 Million
30-83 KHz (H)
50-76Hz (V)
Luminance, Image
Setup, Color
Temperature, Color
Boost, Picture Boost,
OSD Setup, Extra,
Reset, Exit.
20W (Typical)
100-240 VAC; 50/60
Hz
24.BIOMETRIC DEVICE:
5 Units
Face Based Attendance system
Price per unit Rs.__________________ (all inclusive)
Finger Based Attendance system
Price per unit Rs.__________________ (all inclusive)
Item
Biometric
CPU
User Capacity
Record Capacity
Recoginition
Sensor
Verification Method
Verification Speed
Keyboard
LCD
Communication
Data Transfer
Memory
Access control
Card Recognition
Certification
Sound
Description
Face / Finger Based Attendance system
TI DM 600 MHz / 667MHz RISC, 533MHz DSP
500 / 1400 or / 400,000 templates (1:1), 20,000 templates (1:N) / 200,000
User Capacity
150, 000 / 1,000,000 events / Fingerprint: 1,000,000 / Image: 5,000
Dual Sensor V 3.0
Specialized double sensor
Card + Face / Face only / Finger / Optical - Face detection & videophone
Less than 1 sec. 500 User / 1 to 3,000 identification in 1 sec
4*4 Touch Keypad
3.5 inch TFT Color / 5.0 inch WVGA touchscreen
TCP/IP / Wireless LAN (optional), TCP/IP, RS485 / PoE
USB Host / RS 232
1GB SD card – 70,000 Images / 1GB Flash + 256 MB RAM / SD card
slot
Standard Wiegand 26/34 bit output / Deadbolt, EM lock, door strike,
automatic door
EM RF ID (125 KHz) of Mi FARE Card / 125KHz EM, 13.56MHz
Mifare/DesFire
CE FCC Class A, ROHS, ISO 9001
16 bit Hi-Fi voice & sound indication
25. Thin Client System 50 Units
Price per unit Rs.__________________ (all inclusive)
Thin PC
Processor
RAM
Video Graphics
Hard Disk
Interface
I/O
Monitor
Optional
Browser Support
OS
Thin client / zero client PC
Intel Atom 1.8 GHz or Equialant
2 GB
Integrated
2/4 GB Sata Flash
10/100/1000 Giga Port
Keyboard / Mouse / VGA / USB (wireless)
18.5” LCD /LED
WLAN / Terminal Emulation / Embedded Antivirus
Internet Explorer / Mozila Firefox
Windows Embedded / Linux (University Campus License)
26.Smart-UPS On-Line 5KVA/230V
2 Nos.
Price per 5 KVA unit Rs.__________________ (all inclusive)
27.Smart-UPS DP 8KVA /230 V
2 Nos.
Price per 8KVA unit Rs.__________________ (all inclusive)
Output Power Capacity
Nominal Output Voltage
Efficiency at Full Load
Output Frequency (sync to
mains)
Waveform Type
8000 Watts / 8000 VA Max Configurable Power 8000 Watts / 8000
VA
5000 Watts/5000VA Max Configurable Power 5000 Watts / 5000 VA
230V Output Voltage Note Configurable for 220 : 230 or 240 nominal
output voltage
95.0% Output Voltage Distortion Less than 5% at full load
47 - 53 Hz for 50 Hz nominal Crest Factor up to 5 : 1
Sine wave
Bypass Internal Bypass (Automatic and Manual), Optional External Bypass Input Nominal Input
Voltage 230V, Includes: CD with software, Smart UPS signaling RS-232 cable, User Manual
28.Multimedia Projector: 0.59 “DLP/ LCD & LED –Laser Hybrid 5
Nos.
Price per 2500 Ansi Lumens unit Rs.__________________ (all inclusive)
Price per 3000Ansi Lumens unit Rs.__________________ (all inclusive)
Lumens
LCD Size
Native Resolution
Brightness (White and Colour)
Contrast Ratio
Lamp Life
Keystone Correction
2000 Ansi/ 2500 Ansi / 3000 Ansi
0.59” with MLA (D8)
WXGA
2,500lm / 2,000lm
3000:1
5,000 hours (Normal)/ 6,000 hours (Eco)
Vertical: ±15°
Horizontal: ±15°
Sound Output
16W Monaural
Fan Noise
35dB / 28dB
PORT
HDMI/ S video
Computer 2/ RS 232C Monitor Out Audio Out,LAN Port & USB Port
Interactive; Basic Specification Technology Infrared
Input Devices
Digital Pen (Easy Interactive Pen 1 and 2)
Connection to PC
USB, Network
Calibration
Auto / Manual (25points)
Functions
Hover, Right click, Auto Adjust Pen Area
Computer Interactive
Driver Installation Windows, Linux
Multi-Pen Support
Required, 2 types of pens (Easy Interactive Pen 1 and 2)
Instant Annotation (PC-Less) with Whiteboard Function Yes
29.7"/10”TFT CAPACITIVE TOUCH SCREEN TAB
5 Units.
Price per 7" unit Rs.__________________ (all inclusive)
Price per 10"unit Rs.__________________ (all inclusive)
Processor
1.2 GHz Dual Core
Voice Call
Yes
Supported Networks
2G: GSM 900, 1800; 3G: UMTS 2100
In The Box
Tablet, Data Cable, Travel Adapter
Operating System
Sensors
Android 4.1 (Jelly Bean)
Geo-magnetic Sensor, Light Sensor, Accelerometer, Proximity
Sensor
Memory RAM
1 GB
Storage Internal Storage
8 GB
Expandable Storage Capacity
32 GB
Memory Card Slot type
Display Type
microSD
7 inch TFT Capacitive Touchscreen with 1024 x 600 pixels ,16 M
Colors
Other Display Features
Multi-touch
Primary Camera
3 megapixels
Secondary Camera
1.3 megapixels
Video Recording
Yes
Other Camera Features
Shot Mode, Framed Photos
Mail Features
Email
Battery Type
4000 mAh Lithium - Ion
Talk Time
20 hrs (3G)
Wi-Fi
Yes, 802.11 a/b/g/n
3G
Yes
Pre-Installed Browser
Android
Video Playback
Yes , Full HD Playback
Video Formats Supported
Audio Formats Supported
H.263, H.264, DivX, WMV, MPEG4
MP3, WMA, AAC, OGG, eAAC+, AC-3, WAV, apt-X, AAC+,
AMR-NB, AMR-WB, FLAC
GPS
Yes, A-GPS, GLONASS
Map Support
Google Maps
Other Connectivity Features
Wi-Fi Hotspot, Wi-Fi Direct, DLNA Support
USB
Yes, USB 2.0
Audio Jack
3.5 mm Headphone Jack
Bluetooth
v3, Supported Profiles(A2DP, AVRCP, OPP, PAN, HSP, SPP, HID)
Dimensions
188 x 111.1 x 9.9 mm
Weight
~300 g
30.dnp Supernova ONE 84"/16:10 Screen with black frame 2 Nos.
Price per unit Rs.__________________ (all inclusive)